createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1709476902727 version 2 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 5000.00 emd 381000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 11-03-2024 16:00:00 tenderQueryClose 07-03-2024 17:30:00 technicalBidOpen 12-03-2024 16:30:00 publishedDate 04-03-2024 14:00:19 publishedByPost PWD_EE_DIV_KLB publishedByUser KPE14204 - SUBHASH L SHIXNAKAR bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate 06-03-2024 11:00:00 preBidMeetingYn True preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson Executive Engineer PWD Division Kalaburagi splitEmdRequiredYn True emdBankGuarantee 281000.00 emdCash 100000.00 bgValidityPeriod 135 hideWeightage None multipleCurrencySelectionAllowedYn False isTechWeightageAllowed None highestBidderSelection False isVariableEmdAllowed None qcbsTenderYn None itemwiseEmdRequiredYn None sampleSubmissionDate None officeNumber 0847225652 mobileNumber 9448652632 tenderSupplierList None tenderSchedule
createdTs 1709476902767 version 4 createdDate None modifiedDate None tenderNumber PWD/2023-24/RD/WORK_INDENT9475 title Construction of CC Road Bus Stand to SB College to Ananda Hotel to SM Pandit Rang Mandir at Kalaburagi City.(Kalaburagi South). Under KKRDB Macro Non-Social Gen (KLB2312143241) for the year 2023-24 description Construction of CC Road Bus Stand to SB College to Ananda Hotel to SM Pandit Rang Mandir at Kalaburagi City.(Kalaburagi South). Under KKRDB Macro Non-Social Gen (KLB2312143241) for the year 2023-24 category WORKS categoryText Works ecv 25418353.19 deptName Public Works Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 1689 locationName PWD Division Office Kalaburagi provisionalAmount 30000000.0 groupOverheadTotal 0.0 fileNumber PWD/SD/KLB/KKRDB/MACRO/2023-24/26 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1709476903000 0 None None Roads Construction of CC Road Bus Stand to SB College to Ananda Hotel to SM Pandit Rang Mandir at Kalaburagi City.(Kalaburagi South). Under KKRDB Macro Non-Social Gen (KLB2312143241) for the year 2023-24 25418353.19
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2897956 95013 None Vol-III I no. 2.19 Page No. 12 Dismantling of cement concrete pavement by mechanical means using pneumatic tools, breaking to pieces not exceeding 0.02 m3 in volume and stock piling at designated locations and disposal of dismantled materials and stacking serviceable and unserviceable materials separately Cum 591.15 591.15 1350.0 False None None False None False 798052.5 0 2897957 95013 None Vol-I I No. 1.12 Page No. 8 Earth work in surface excavation by mechanical means for lowering & leveling the ground for all works other than foundation in all kinds of soils & upto depth not exceeding 300mm as per drawing and technical specifications, including setting out, shoring, strutting, barricading, caution lights, removal of stumps and other deleterious matter including dressing of excavated surfaces, disposing off or levelling the excavated earth or sorting & stacking the selected earth for reuse in a radius of 50 m and lift upto 1.5 m including cost of labour, tools, usage of machinery & other appurtenances required to complete the work. In all kinds of soils upto 300 mm depth Cum 99.75 99.75 972.0 False None None False None False 96957.0 0 2897958 95013 None Vol-III I No. 3.7 Page No. 17 Loosening, leveling and Compacting original ground supporting embankment to facilitate placement of first layer of embankment, scarified to a depth of 150 mm, mixed with water at OMC and then compacted by rolling so as to achieve minimum dry density as given in Table 300-2 for embankment construction. Cum 110.25 110.25 1012.5 False None None False None False 111628.125 0 2897959 95013 None Vol-III I No. 3.6 Page No. 17 Construction of sub-grade and earthen shoulders with approved material obtained from borrow pits with all lifts & leads, transporting to site, spreading, grading to required slope and compacted to meet requirement of table No. 300-2 Cum 517.65 517.65 1125.0 False None None False None False 582356.25 0 2897960 95013 None Vol-III I No. 4.1 (v) Page No. 23 Construction of Granular Sub-Base of required grading as per design mixing in a mechanical mix plant at OMC, carriage of mixed Material to work site, spreading in uniform layers with motor grader on prepared surface and compacting with vibratory power roller to achieve the desired density, complete as per clause 401 For Grading -V Material Cum 2611.35 2611.35 1080.0 False None None False None False 2820258.0 0 2897961 95013 None Vol-III I No. 4.17 Page No. 26 Providing, laying, spreading and compacting graded stone aggregate to wet mix macadam specification including premixing the Material with water at OMC in mechanical mix plant carriage of mixed Material by tipper to site, laying in uniform layers with paver/grader in sub-base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density. Cum 2686.95 2686.95 1012.5 False None None False None False 2720536.875 0 2897962 95013 None Vol-III I No. 6.5 Page No. 50 Construction of M30 Grade un-reinforced, dowel jointed, plain cement concrete pavement over a prepared sub base with OPC @ 270 kg/m3 and GGBS@ 90 kg/m3 , coarse and fine aggregate conforming to IS 383:2016, maximum size of coarse aggregate not exceeding 25 mm, mixed in a batching and mixing plant as per approved mix design transported to site, laid with a paver finisher, spread, compacted and finished in a continuous operation including provision of contraction, expansion, construction and longitudinal joints, joint filler, separation membrane, sealant primer, joint sealant, debonding strip, dowel bar, tie rod, admixtures, curing compound, steel channels, finishing to lines and grades as per drawing. Cum 8230.95 8230.95 1350.0 False None None False None False 11111782.5 0 2897963 95013 None Vol-I I No. 2.11 (h) Page No. 18 Supplying, fitting and placing TMT FE 550 / 550D Steel Reinforcement including cost of all materials, machinery, labour, cleaning, straightening, cutting, bending, hooking, laping/welding joints, tying with binding wire / soft annealed steel wire and other ancilary operations complete as per drawing and technical specification. All other type of structures t 82961.55 82961.55 7.29 False None None False None False 604789.6995 0 2897964 95013 None Vol-III I No. 8.42.3 Page No. 74 Supplying and fixing M15 grade precast cement concrete Kerb stones for Roadway, Sidewalls and gutters fixed with CM 1:3 fixed and finsihed in line as per direction of Engineer in charge. (The cost of PCC shall be paid extra) 600 x 300 x 150 mm size m 486.15 486.15 3600.0 False None None False None False 1750140.0 0 2897965 95013 None Vol-II I no. 9.25 page no. 63 Providing and laying 60mm thick factory made cement concrete paver block of approved shape and colour of M -30 grade made of C&D waste by block making machine with vibratory compaction laid in required pattern and including over 50mm thick compacted bed of coarse sand, filling the joints with fine sand etc. all complete as per the direction of Engineer-in-charge. Sqm 840.0 840.0 2700.0 False None None False None False 2268000.0 0 2897966 95013 None Vol-I I No. 2.5.1 Page No. 16 Providing and laying in position Cement Concrete for all Super structures of building , Road works, Water works, Irrigation works & super structure works of bridges upto 3.50 m height. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed with super plasticisers laid in layers, well compacted using needle vibrators. The cost includes all lead & lifts, cost of all materials, quality confirming to the requirements of relevant IS codes , labour, Usage charges of machinery, curing and all other appurtenances required to complete the work as per technical specifications. M20 Design Mix Using 20 mm nominal size graded crushed coarse aggregates Cum 6961.5 6961.5 162.0 False None None False None False 1127763.0 0 2897967 95013 None Vol-I S R Sl No. 4 Page No. 111 Addendum I-Percentage Additionalities for Formwork, Centering & Scaffolding for Cement Concrete Drain Walls add 35% Cum 2436.52 2436.52 162.0 False None None False None False 394716.24 0 2897968 95013 None Vol-5 I No. 16.28.2 Page No. 198 Repairs to Machinehole for different depths including removal of debris, levelling the brick masonry, construction of brick masonry upto Ground level, providing CC coping alround the MH cover, plastering both inside and outside to the brick masonry and fixing of manhole frame and cover, curing, refilling with appurtenances complete. Upto 0.60m depth Each 17180.1 17180.1 45.0 False None None False None False 773104.5 0 2897969 95013 None Vol-III I No. 8.15 Page No. 67 Providing and laying of hot applied thermoplastic compound 2.5 mm thick including reflectorising glass beads @ 250 g/m2 area, thickness of 2.5 mm is exclusive of surface applied glass beads as per IRC:35:2015.The finished surface to be level, uniform and free from streaks and holes. Sqm 556.5 556.5 225.0 False None None False None False 125212.5 0 2897970 95013 None Vo-III I No.8.10 Page No. 66 Painting two coats after filling the surface with synthetic enamel paint in all shades on new plastered concrete surfaces Sqm 114.45 114.45 1080.0 False None None False None False 123606.0 0 2897971 95013 None Vol-III I No. 8.54 Page No. 78 Providing and fixing board displaying information, such as 'Name of work, Tender cost, Name of Contractor, Work completion and liability period etc', having rectangular shape of 1.20m x 0.90m size made out 18 gauge (1.25mm) thick mild steel sheet painted with one coat of Zinc chromate stoving primer and two coats of enamel paint on front side and grey stove enamel on back side and border / messages / symbols etc. with approved colour shade paint complete, on M.S.angle of size 35 x 35 x 3 mm frame with properly cross braced M.S. angles of size 35mmx35mmx3mm duly painted including Two M.S. angle iron posts of size 65 mm x 65 mm x 6 mm, 3.65 m long painted with alternate black and white bands of 25 cm width including all fixtures etc.and fixing the boards in 1:4:8 concrete block of size 60 cm x 60 cm x 75 cm including, excavation, refilling, transportation, and labour etc complete. Spec. No. As directed by Engineer in Charge & MoRTH specification 804 No 9450.0 9450.0 1.0 False None None False None False 9450.0 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1709476904000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1709476904000 1 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any State Government / Government of India /Union Territory. None 1709476904000 1 None None ELIGIBILITY It shall be the responsibility of the Bidder to ensure credit of Tender Processing Fee and EMD into the respective receiving bank accounts of kppp portal on or before the last date and time of bid submission. None 1709476952000 0 None None ELIGIBILITY The bidder is required to ensure browser compatibility of the computer well in advance to the last date and time for receipt of tenders. The departments shall not be responsible for non-accessibility of e-Procurement portal due to internet connectivity issues and technical glitches at bidders end. None 1709477042000 0 None None ELIGIBILITY EMD of Rs 3,81,000.00 is to be paid in full through e payment Rs. 1,00,000/- on e payment and Rs. 2,81,000/- shall be in favour of the Executive Engineer, PWD Division, Kalaburagi and may be in the form of Bankers Cheque/ Demand Draft/ Pay Order in favour of Executive Engineer, PWD Division, Kalaburagi payable at Kalaburagi pledges to the Executive Engineer, PWD Division, Kalaburagi, or Bank Guarantee in the prescribed format obtained from any nationalised / Scheduled Bank. None 1709477052000 0 None None ELIGIBILITY Bidder shall pay Contract Management Module processing fees of 0.025% of the contact value (Min Rs.500/- & Max Rs.7500/-) soon after contract has been issued to bidder. None 1709477065000 0 None None ELIGIBILITY As per Karnataka State Government order No.LD/300/LET/2006 Bangalore Dated 01.01.2007 and Government Letter No.PW/134/BMS/2007 Dated 27.7.2007, a sum amounting to 1%of the bill amount will be deducted towards Construction Labour Welfare fund. None 1709477072000 0 None None ELIGIBILITY The Item Rate quoted shall include the Royalty Charges on construction materials and other taxes as per prevailing Government Orders. None 1709477083000 0 None None ELIGIBILITY Conditional tenders will not be accepted. None 1709477090000 0 None None ELIGIBILITY The Tenderer shall obtain the workdone certificate in the prescribed format from the Competent Authority not below the rank of Executive Engineer (District Level Officer) and scan the Original Certificate and attach the scanned file to the Bid. The Original Certificate/Certificates shall be produced at the time of opening of technical Bids for physical verification. None 1709477099000 0 None None ELIGIBILITY Financial Year will be reckoned as the period between first day of April and Thirty first day of March of succeeding year(both days inclusive). None 1709477106000 0 None None ELIGIBILITY The Tenderer shall scan the Original Ownership Documents/ Lease/ Hire commitment Agreement for the Machinery and attach the scanned file to the Bid. The Original Documents shall be produced at the time of opening of technical Bids for physical verification. None 1709477114000 0 None None ELIGIBILITY The tenderer shall note that the scanned Documents can also be uploaded in the tasks created under Document/Evidence Required from the Bidder None 1709477124000 0 None None ELIGIBILITY The Employer reserves the right to Reject any or all Tenders without assigning any reason. None 1709477135000 0 None None ELIGIBILITY The defect liability period for this work is 365 days None 1709477145000 0 None None ELIGIBILITY The Department is not responsible for any delay in accessing kppp portal. None 1709477154000 0 None None ELIGIBILITY The rates of all the items appeared in Bill of Quantities are inclusive of all leads and lifts None 1709477164000 0 None None ELIGIBILITY The contractor shall bound to comply the prevailing rules and regulations with regard to the EPF rules and any modifications before and after execution of agreement None 1709477173000 0 None None ELIGIBILITY After the award of the contract, the contractor has to furnish the details in respect of labour employed and the EPF details for this work in every RA bill. None 1709477182000 0 None None ELIGIBILITY Bidders are advised to note that , 18% GST will be added to the contract amount. None 1709477190000 0 None None ELIGIBILITY Financial turnover of previous years shall be given a weight of 10% per year to bring them to the price level of the 2023-24 in the Technical Qualification Criteria mentioned in the next section. None 1709477200000 0 None None ELIGIBILITY The bidder should mention the UDIN No on the turnover certificate, failing which bid is rejected. None 1709477210000 0 None None ELIGIBILITY If the bidder uploaded the false document while participating in the tender, the bidder will be responsible and action will be initiated as per the tender clause. None 1709477220000 0 None None ELIGIBILITY The work should be completed in 09 (Nine) Months ( including monsoon) None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., 2018-19, 2019-20, 2020-21, 2021-22 & 2022-23 a) Achieved in at least two financial years a minimum financial turnover (in all classes of civil engineering construction works only) of Rs. 508.37 lakhs Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., 2018-19, 2019-20, 2020-21, 2021-22 & 2022-23 b) Satisfactorily completed, as prime contractor, at least one similar nature of work such as of value not less than Rs.127.09Lakhs Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., 2018-19, 2019-20 2020-21, 2021-22 & 2022-23 c) Executed in any one year, the following minimum quantities of work: 1) Earth wrok/Emb/Subgrade 1678.00Cum, 2) GSB 864.00Cum 3) WMM 810.00Cum, 4) CC 1209.60Cum 5) Steel 5.83 Tonne. Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None As per the Govt Order No: FD 263 EXP-12/2022 Bangelore Dated: 11.05.2022 as per condition no 3 relaxation of machinery upto Rs. 300.00 Lakhs i.e. KW-3 & KW-4 Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format-8 and scanned copies of the owership Documents & Hire commitment Agreements None None None None Qualification and experience of the key technical and Management personnel in permanent employment with the Tenderer and those that are proposed to be deployed on this work, if work is awarded. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Biodata of the personnel None None None None Liquid Assets and /or availability of credit facilities of no less than Rs. 84.73lakhs (Credit Lines/letter of credit/ certificates from the banks for meeting the fund requirement etc Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit None None None None Report on the financial standing of the Tenderer, such as profit and loss statements and auditors report for the last five years. Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- Scanned Copy of ITC Certificate None None None None Latest Income Tax Clearance Certificate Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- Scanned Copy of ITC Certificate None None None None Assessed Tender Capacity shall be more than the Tendered Amount Others Assessed Tender Capacity
createdTs version createdDate modifiedDate documentName None None None None Others -- Assessement on the Letter Head of the Tenderer None None None None Constitutional or Legal Status of the Tenderer Others Legal Status
createdTs version createdDate modifiedDate documentName None None None None Others -- Attach copy of registration None None None None Information of the works for which Tender acceptance letters are received. Others New Works
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format-6 and Letter of Acceptance None None None None Information on works which are yet to be completed Others Pending work
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format-5 and Certificates in Format-3 None None None None Information of the works for which Tenderer has submitted Tender. Others Tendered works
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format-7 None None None None The proposed methodology and program of construction, backed with equipment planning and deployment, duly supported with broad calculations and quality control procedures proposed to be adopted, justifying their capability of execution and completion of the work as per technical specifications within the stipulated period of completion. Others CPM/PERT
createdTs version createdDate modifiedDate documentName None None None None Others -- CPM/PERT Cahart None None None None Value at 2023-24 price level, of existing commitments and on-going works to be executed during the next 06 months(Financial commitment of previous years shall be given a weight of 10% per year to bring them to the price level of the 2023-24), (Monthwise commitment shall be furnished). Others Committed Works
createdTs version createdDate modifiedDate documentName None None None None Others -- Statement on the Letter head of the tenderer tenderCriterionDocumentList
documentName optional documentTypeText Similar nature of work done 50percent of APT True Technical Bid PWD Contractors Registration certificate True Technical Bid Annual Turnover certificate having UDIN number True Technical Bid Line of Credit True Technical Bid tenderWorkLocationList tenderAddress
createdTs 1709478555000 version 0 createdDate None modifiedDate None blockNumber Office of The Executive Engineer PWD Division Kalaburagi street None city Kalaburgi state Karnataka pin 585102 tenderRecallDTO None